Click here to load reader
Upload
others
View
11
Download
0
Embed Size (px)
Citation preview
City of Houston - Department of Aviation - Planning Design and Construction Division
PROJECT MANUAL 100% PACKAGE
AIRPORT TRAFFIC CONTROL TOWER AND UTILITY BUILDING ELLINGTON AIRPORT
PROJECT No.: 629
CIP No.: A-0564.01
AIP No.: 3-48-0290-xxx-xx
VOLUME 1 OF 3 VOLUMES
Divisions 00 through 01
May 6, 2016
5444 Westheimer Rd, Ste 200 Houston, TX 77056 (713) 780-4100
06 May 2016
Ellington Airport ATCT and Utility Building Project No. 629 TABLE OF CONTENTS
Document 00010
TABLE OF CONTENTS
NOTE: Bold capitalized Specification Sections are included in http://documents.publicworks.houstontx.gov/document-center/cat_view/88-engineering-and-construction/92- specifications.html; and are incorporated in Project Manuals by reference as if copied verbatim. Documents listed "for filing" are to be provided by Bidder and are not included in this Project Manual unless indicated for example only. The Document numbers and titles hold places for actual documents to be submitted by Contractor during Bid, post-bid, or construction phase of the Project. Specification Sections marked with an asterisk (*) are amended by a supplemental specification, printed on blue paper and placed in front of the Specification it amends. Documents in the 200, 300 and 400 series of Division 00, except for Document 00410B – Bid Form, Part B, are not part of the Contract.
Doc.
No. Document Title
INTRODUCTORY INFORMATION
00010 Table of Contents 00015 List of Drawings 00041 List of Pre-qualified Asbestos & Lead Abatement Contractors
BIDDING REQUIREMENTS
INSTRUCTIONS TO BIDDERS
00200 Instructions to Bidders 00210 Supplementary Instructions to Bidders 00220 Request for Bid Information
INFORMATION AVAILABLE TO BIDDERS
00320 Geotechnical Information 00340 Environmental Information
BID FORMS AND SUPPLEMENTS (NOTE: TO BE PROVIDED WITH BID)
00410 Bid Form, Parts A & B 00430 Bidder’s Bond (For filing; Example Form) 00450 Bidder's Statement of MWBE/PDBE/DBE Status 00452 Contractor Submission List - Fair Campaign Ordinance 00454 Affidavit of Non-interest 00455 Affidavit of Ownership or Control 00456 Bidder’s Certificate of Compliance with Buy American Program 00457 Conflict of Interest Questionnaire 00458 Bidder’s Certificate Regarding Foreign Trade Restriction 00459 Contractor’s Statement Regarding Previous Contracts
Subject to EEO 00460 POP Program Acknowledgement Form
00010-1 7-30-2014
http://documents.publicworks.houstontx.gov/document-center/cat_view/88-engineering-and-construction/92-specifications.htmlhttp://documents.publicworks.houstontx.gov/document-center/cat_view/88-engineering-and-construction/92-specifications.htmlhttp://documents.publicworks.houstontx.gov/document-center/cat_view/88-engineering-and-construction/92-specifications.html
Ellington Airport ATCT and Utility Building Project No. 629 TABLE OF CONTENTS
Doc. No. Document Title
00480 Form SCM-1 Reference Verification 00481 Anti-Collusion Statement
POST-BID PROCEDURES
00495 Post-bid Procedures
CONTRACTING REQUIREMENTS
AGREEMENT: (NOTE: TO BE PROVIDED AFTER RECEIPT OF NOTICE OF INTENT TO AWARD)
00501 Resolution of Corporation 00520 Agreement
BONDS AND CERTIFICATES: NOTE: TO BE PROVIDED AFTER RECEIPT OF NOTICE OF INTENT TO AWARD)
00600 List of Proposed Subcontractors and Suppliers, Parts A & B 00601 Drug Policy Compliance Agreement 00604 History of OSHA Actions and List of On-the-job Injuries 00605 List of Safety Impact Positions 00607 Certification Regarding Debarment, Suspension, and Other
Responsibility Matters 00608 Contractor's Certification Regarding Non-segregated Facilities
for Project Funded by AIP Grant 00609 List of Nonroad Diesel Equipment 00610 Performance Bond 00611 Statutory Payment Bond 00612 One-year Maintenance Bond 00613 One-year Surface Correction Bond 00620 Affidavit of Insurance 00621 City of Houston Certificate of Insurance (HOU2 Form 1&2) 00628 Affidavit of compliance with DBE Program 00629 Affidavit for FAA Form 7460-1 00630 Agreement to Comply with POP Program 00631 Pay or Play (POP) Program – List of Subcontractors 00632 EEO Certification by Material Suppliers, Professional Service Providers
GENERAL CONDITIONS
00700 General Conditions
00010-2 04.15.2016
Ellington Airport ATCT and Utility Building Project No. 629 TABLE OF CONTENTS
Doc. No. Document Title
SUPPLEMENTARY CONDITIONS
00800 Supplementary Conditions 00801 FAA Supplementary Conditions 00806 Disadvantaged Business Enterprise (DBE) Program 00807 Bidder/Contractor Requirements For Disadvantaged
Business Enterprise (DBE) Program 00810 Wage Scale for Engineering Construction / FAA Grant 00811 Wage Scale for Building Construction / FAA Grant 00840 Pay or Play (POP) Program 00842 Letter of Intent
SPECIFICATIONS
DIVISION 1 - GENERAL REQUIREMENTS
01110 Summary of Work 01145 Contractor’s Use of Premises 01210 Cash Allowances 01241 Contractor’s Value Engineering 01255 Modification Procedures 01270 Measurement and Payment 01290 Payment Procedures 01312 Coordination and Meetings 01321 Construction Photographs 01325 Construction Schedules 01326 Construction Sequencing 01330 Submittal Procedures 01340 Shop Drawings. Product Data and Samples 01350 Mock-ups 01410 TPDES Requirements 01423 References 01450 Contractor's Quality Control 01455 City’s Acceptance Testing 01505 Temporary Facilities 01506 Airport Temporary Controls 01507 Temporary Signs 01508 Occupant Relocations 01550 Public Safety and Contractor’s Safety Staffing 01555 Traffic Control and Regulation 01561 Trench Safety System 01570 Stormwater Pollution Prevention Control 01572 Erosion and Sedimentation Control
00010-3 04.15.2016
Ellington Airport ATCT and Utility Building Project No. 629 TABLE OF CONTENTS
Doc. No. Document Title
01575 Stabilized Construction Exit 01576 Waste Material Disposal 01578 Control of Ground and Surface Water 01579 Temporary Vehicle and Equipment Fueling Area 01630 Product Options and Substitutions 01640 City-Furnished Products 01725 Field Surveying 01726 Base Facility Survey 01731 Cutting and Patching 01740 Site Restoration 01761 Protection of Existing Services 01770 Contract Closeout 01785 Project Record Documents
00010-4 04.15.2016
Ellington Airport ATCT and Utility Building Project No. 629 TABLE OF CONTENTS
Doc. No. Document Title
DIVISION 02 – SITE WORK
02081 CAST-IN-PLACE CONCRETE MANHOLES 02082 PRECAST CONCRETE MANHOLES 02084 FRAMES, GRATES, RINGS, AND COVERS 02085 VALVE BOXES, METER BOXES, AND METER VAULTS 02086 ADJUSTING MANHOLES, INLETS, AND VALVE BOXES TO GRADE 02087 BRICK MANHOLE FOR STORM SEWERS 02221 REMOVING EXISTING PAVEMENTS AND STRUCTURES 02260 TRENCH SAFETY SYSTEM 02316 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 EXCAVATION AND BACKFILL FOR UTILITIES 02320 UTILITY BACKFILL MATERIALS 02321 CEMENT STABILIZED SAND 02501 DUCTILE IRON PIPE AND FITTINGS 02506 POLYVINYL CHLORIDE PIPE 02511 WATERLINES 02513 WET CONNECTIONS 02514 DISINFECTION OF WATER LINES 02515 HYDROSTATIC TESTING OF PIPELINES 02520 FIRE HYDRANTS 02521 GATE VALVES 02525 TAPPING SLEEVES AND VALVES 02526 WATER METERS 02527 POLYURETHANE COATINGS ON STEEL OR DUCTILE IRON PIPE 02528 POLYETHYLENE WRAP 02531 GRAVITY SANITARY SEWERS 02533 ACCEPTANCE TESTING FOR SANITARY SEWERS 02611 REINFORCED CONCRETE PIPE 02621 GEOTEXTILE 02631 STORM SEWERS 02834 ITEM F-162 CHAIN LINK FENCE 02911 TOPSOIL 02921 HYDRO MULCH 02922 SODDING
DIVISION 03 - CONCRETE
03315 CONCRETE FOR UTILITY CONSTRUCTION 03300 CAST-IN-PLACE CONCRETE
00010-5
04.15.2016
Ellington Airport ATCT and Utility Building Project No. 629 TABLE OF CONTENTS
Doc. No. Document Title
DIVISION 04 - MASONRY
04061 MORTAR 04210 BRICK MASONRY FOR UTILITY CONSTRUCTION
DIVISION 05 - METALS
051200 STRUCTURAL STEEL FRAMING 052100 STEEL JOIST FRAMING 053100 STEEL DECKING 055000 METAL FABRICATIONS 055100 METAL STAIRS 055213 PIPE AND TUBE RAILINGS 055300 METAL GRATINGS 057300 DECORATIVE METAL RAILINGS
DIVISION 06 – WOOD, PLASTICS AND COMPOSITES
061053 MISCELLANEOUS ROUGH CARPENTRY 061600 SHEATHING 064023 INTERIOR ARCHITECTURAL WOODWORK
DIVISION 07 – THERMAL AND MOISTURE PROTECTION
071113 BITUMINOUS DAMPPROOFING 071353 ELASTOMERIC SHEET WATERPROOFING 071800 TRAFFIC COATINGS 071900 WATER REPELLENTS 072100 THERMAL INSULATION 072713 MODIFIED BITUMINOUS SHEET AIR BARRIERS 074216 INSULATED-CORE METAL WALL PANELS 074243 COMPOSITE WALL PANELS 075416 ETHYLENE INTERPOLYMER (KEE) ROOFING 076200 SHEET METAL FLASHING AND TRIM 077200 ROOF ACCESSORIES 078100 APPLIED FIREPROOFING 078413 PENETRATION FIRESTOPPING 078446 FIRE-RESISTIVE JOINT SYSTEMS 079200 JOINT SEALANTS 079500 EXPANSION CONTROL
00010-6 04.15.2016
Ellington Airport ATCT and Utility Building Project No. 629 TABLE OF CONTENTS
Doc. No. Document Title
DIVISION 08 - OPENINGS
081113 HOLLOW METAL DOORS AND FRAMES 081416 FLUSH WOOD DOORS 083113 ACCESS DOORS AND FRAMES 084113 ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS 084413 GLAZED ALUMINUM CURTAIN WALLS 087100 DOOR HARDWARE 088000 GLAZING 089000 LOUVERS AND VENTS 089110 GLAZED ALUMINUM FRAMING SYSTEMS (CONTROL CAB)
DIVISION 09 - FINISHES
092116.23 GYPSUM BOARD SHAFT WALL ASSEMBLIES 092216 NON-STRUCTURAL METAL FRAMING 092900 GYPSUM BOARD 093000 TILING 095113 ACOUSTICAL PANEL CEILINGS 095133 ACOUSTICAL METAL PAN CEILINGS 096513 RESILIENT WALL BASE AND ACCESSORIES 096519 RESILIENT TILE FLOORING 096536 STATIC-CONTROL RESILIENT FLOOR 096813 TILE CARPETING 099123 INTERIOR PAINTING 099600 HIGH-PERFORMANCE COATINGS
DIVISION 10 - SPECIALTIES
101100 VISUAL DISPLAY SURFACES 101300 DIRECTORIES 101400 SIGNAGE 102113 TOILET COMPARTMENTS 102600 WALL AND DOOR PROTECTION 102800 TOILET SHOWER AND CUSTODIAL ACCESSORIES 104413 FIRE EXTINGUISHER CABINETS 105113 METAL LOCKERS 105613 METAL STORAGE SHELVING
DIVISION 11 - EQUIPMENT
113100 RESIDENTIAL APPLIANCES 114580 DISAPPEARING STAIRWAY (CAB) 118550 CONSOLE UNITS FOR ELECTRONICS EQUIPMENT
00010-7 04.15.2016
Ellington Airport ATCT and Utility Building Project No. 629 TABLE OF CONTENTS
Doc. No. Document Title
DIVISION 12 - FURNISHINGS
122412 ATCT TRANSPARENT PLASTIC WINDOW SHADES 122413 ROLLER WINDOW SHADES 124816 ENTRANCE FLOOR GRILLES
DIVISION 14 – CONVEYING EQUIPMENT
142100 ELECTRIC TRACTION ELEVATORS
DIVISION 21 – FIRE SUPPRESSION
210500 BASIC MECHANICAL REQUIREMENTS 210513 COMMON MOTOR REQUIREMENTS FOR FIRE SUPPRESSION EQUIPMENT 210529 BASIC MECHANICAL MATERIAL AND METHODS 211200 FIRE-SUPPRESSION STANDPIPES 211300 FIRE PROTECTION 212114 PIPE AND FITTINGS 213213 FIRE PUMP
DIVISION 22 - PLUMBING
220500 COMMON WORK RESULTS FOR PLUMBING 220513 COMMON MOTOR REQUIREMENTS FOR PLUMBING EQUIPMENT 220516 EXPANSION FITTINGS AND LOOPS FOR PLUMBING PIPING 220517 SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING 220518 ESCUTCHEONS FOR PLUMBING PIPING 220519 METERS AND GAGES FOR PLUMBING PIPING 220523 GENERAL-DUTY VALVES FOR PLUMBING PIPING 220529 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 220553 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 220700 PLUMBING INSULATION 221113 FACILITY WATER DISTRIBUTION PIPING 221116 DOMESTIC WATER PIPING 221119 DOMESTIC WATER PIPING SPECIALTIES 221123 DOMESTIC-WATER-PACKAGED BOOSTER PUMPS 221313 FACILITY SANITARY SEWERS 221316 SANITARY WASTE AND VENT PIPING 221319 SANITARY WASTE PIPING SPECIALTIES 221413 FACILITY STORM DRAINAGE PIPING 221423 STORM DRAINAGE PIPING SPECIALTIES 223300 ELECTRIC, DOMESTIC WATER HEATERS 224000 PLUMBING FIXTURES
00010-8
04.15.2016
Ellington Airport ATCT and Utility Building Project No. 629 TABLE OF CONTENTS
Doc. No. Document Title
DIVISION 23 – HEATING, VENTILATING AND AIR CONDITIONING
230000 MECHANICAL GENERAL REQUIREMENTS 230500 COMMON WORK RESULTS FOR HVAC 230513 COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 230516 EXPANSION FITTINGS AND LOOPS FOR HVAC PIPING 230517 SLEEVES AND SLEEVE SEALS FOR HVAC PIPING 230518 ESCUTCHEONS FOR HVAC PIPING 230519 METERS AND GAGES FOR HVAC PIPING 230523 GENERAL-DUTY VALVES FOR HVAC PIPING 230529 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT 230548 VIBRATION AND SEISMIC CONTROLS FOR HVAC PIPING AND
EQUIPMENT 230553 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 230593 TESTING, ADJUSTING AND BALANCING FOR HVAC 230713 DUCT INSULATION 230716 HVAC EQUIPMENT INSULATION 230719 HVAC PIPING INSULATION 230800 MECHANICAL SYSTEMS COMMISSIONING 230900 INSTRUMENTATION AND CONTROL FOR HVAC 230993 SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 231113 FACILITY FUEL-OIL PIPING 231123 FACILITY NATURAL-GAS PIPING 232113 HYDRONIC AND ENGINE EXHAUST PIPING 232123 HYDRONIC PUMPS 232500 HVAC WATER TREATMENT 233113 METAL DUCTS 233300 AIR DUCT ACCESSORIES 233600 AIR TERMINAL UNITS 233713 DIFFUSERS, REGISTERS AND GRILLES 233723 HVAC GRAVITY VENTILATORS 235216 CONDENSING BOILERS 236426 ROTARY-SCREW WATER CHILLERS 237313 MODULAR INDOOR CENTRAL-STATION AIR-HANDLING UNITS 238216 AIR COILS 238219 FAN COIL UNITS 238413 HUMIDIFIERS
DIVISION 26 - ELECTRICAL
260500 COMMON WORK RESULTS FOR ELECTRICAL 260519 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260523 CONTROL-VOLTAGE ELECTRICAL POWER
00010-9
04.15.2016
Ellington Airport ATCT and Utility Building Project No. 629 TABLE OF CONTENTS
Doc. No. Document Title
260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260529 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260543 UNDERGROUND DUCTS AND RACEWAYS 260553 IDENTIFICATION FOR ELECTRICAL SYSTEMS 260800 COMMISSIONING OF ELECTRICAL SYSTEMS 260913 POWER MONITORING 260923 LIGHTING CONTROL DEVICES 262200 LOW-VOLTAGE TRANSFORMERS 262413 SWITCHBOARDS 262416 PANELBOARDS 262417 PROTECTIVE DEVICE COORDINATION STUDY 262726 WIRING DEVICES 262813 FUSES 262913 ENCLOSED CONTROLLERS 262923 VARIABLE-FREQUENCY MOTOR CONTROLLERS 263213 STANDBY ENGINE GENERATORS 263600 AUTOMATIC TRANSFER SWITCHES 264113 LIGHTNING PROTECTION FOR STRUCTURES 264313 TRANSIENT-VOLTAGE SUPPRESSION FOR LOW-VOLTAGE ELECTRICAL
POWER CIRCUITS 265100 INTERIOR LIGHTING 265600 EXTERIOR LIGHTING
DIVISION 27 - TELECOMMUNICATIONS
270526 TELECOMMUNICATIONS GROUNDING AND BONDING 270528 INTERIOR COMMUNICATION PATHWAYS 270543 EXTERIOR COMMUNICATION PATHWAYS 270553 IDENTIFICATION AND LABELING OF COMMUNICATION INFRASTRUCTURE 271100 COMMUNICATIONS CABINETS AND EQUIPMENT 271500 HORIZONTAL MEDIA INFRASTRUCTURE
DIVISION 28 – ELECTRONIC SAFETY AND SECURITY
281300 ACCESS CONTROLS 282300 VIDEO SURVEILLANCE CONTROL AND MANAGEMENT SYSTEMS 283111 DIGITAL, ADDRESSABLE FIRE-ALARM SYSTEMS
DIVISION 31 - EARTHWORK
316329 DRILLED CONCRETE PIERS AND SHAFTS
END OF DOCUMENT
00010-10 04.15.2016
Ellington Airport ATCT and Utility Building Project No. 629 LIST OF DRAWINGS
Document 00015
LIST OF DRAWINGS
Sheet No. Drawing Title
GENERAL
G00-01 Cover Sheet G00-02 Index of Drawings G00-02A Index of Drawings G00-03 Code Analysis G00-04 Code Analysis G00-05 Occupancy Load and Exit Analysis
G01-01 Life Safety Plans – First Floor and Second Floor G01-02 Life Safety Plans – Second and Third Floors G01-03 Life Safety Plans – Fourth and Fifth Floors G01-04 Life Safety Plans – Sixth Floor and Cable Access G01-05 Life Safety Plans – Cab Floor
CIVIL
C00-00 General Notes C00-01 Survey Control and Boring Layout C00-02 Project Limits, Vicinity Map and Haul Route C00-03 Existing Conditions 1 C00-04 Existing Conditions 2
C01-01 Erosion and Sedimentation Control Layout C01-02 Erosion and Sedimentation Notes and Details
C02-01 Demolition Layout 1 C02-02 Demolition Layout 2 C02-03 Existing Air Traffic Control Tower Demolition 1 C02-04 Existing Air Traffic Control Tower Demolition 2 C02-05 Existing Air Traffic Control Tower Demolition Details 1 C02-06 Existing Air Traffic Control Tower Demolition Details 2 C02-07 Existing Air Traffic Control Tower Demolition Details 3 C02-08 Existing Air Traffic Control Tower Demolition Details 4 C02-09 Existing Air Traffic Control Tower Demolition Details 5 C02-10 Existing Air Traffic Control Tower Demolition Details 6
C03-01 Overall Site Layout C03-02 Pavement Geometry Plan 1
00015-1 02-01-2004
Ellington Airport ATCT and Utility Building Project No. 629 LIST OF DRAWINGS
C03-03 Pavement Geometry Plan 2 C03-04 Fencing and Gate Details C03-04A Fencing and Gate Details 2 C03-04B Fencing and Gate Details 3 C03-05 Pavement Section C03-06 Pavement Details C03-07 Pavement Details
C04-01 Grading and Drainage Plan 1 C04-02 Grading and Drainage Plan 2 C04-03 Utilities Plan 1 C04-04 Utilities Plan 2 C04-05 Storm Sewer Profile C04-06 Sanitary Sewer Line Profile C04-07 Utility Details C04-08 Utility Details
ARCHITECTURAL
A00-01 Architectural Abbreviations A00-02 Notes A00-03 Legends and Symbols
A01-01 Floor Plans – First Floor and Cable Access A01-02 Floor Plans – Second Floor and Third Floor A01-03 Floor Plans – Fourth Floor and Fifth Floor A01-04 Floor Plans – Sixth Floor and Cable Access A01-05 Floor Plan – Cab A01-06 Floor Plan – Low Roof A01-07 Roof Plans – Cab Roof Plan
A01-11 Reflected Ceiling Plans – First Floor and Cable Access A01-12 Reflected Ceiling Plans – Second and Third Floors A01-13 Reflected Ceiling Plans – Fourth and Fifth Floors A01-14 Reflected Ceiling Plans – Sixth Floor and Cable Access A01-15 Reflected Ceiling Plan – Cab Floor
A02-01 Exterior Elevations A02-02 Exterior Elevations
A03-01 Building Sections A03-02 Exterior Wall Sections A03-03 Exterior Wall Sections A03-04 Wall Types A03-10 Building Section
00015-2 02-01-2004
Ellington Airport ATCT and Utility Building Project No. 629 LIST OF DRAWINGS
A04-01 Elevator Plans and Sections A04-02 Elevator Details A04-03 Interior Door and Window Details A04-04 Door and Window Details A04-05 Door and Window Details A04-06 Door and Window Details A04-10 Enlarged Stair Plans A04-11 Enlarged Stair Plans A04-12 Cab Stair Sections A04-20 Restroom Plan and Elevations A04-21 Restroom Plan and Elevations A04-22 Breakroom Kitchenette A04-23 Cab Convenience Unit
A05-01 Details A05-02 Details A05-03 Details A05-04 Details A05-05 Details A05-06 Stair Details A05-07 Stair Details A05-08 Ceiling Details A05-09 Ladder Details A05-10 Ladder Details A05-11 Ladder Details A05-12 Guardrail Details A05-13 Guardrail Details A05-30 Roof Details
A06-01 Door Schedule A06-02 Schedules - Louver and Windows A06-10 Interior Finish Schedule A06-11 Interior Finish and Color Legend
A07-01 Signage A07-02 Signage A07-03 Signage A07-04 Signage A07-05 Signage A07-06 Signage Plan – Levels 1 And 2 A07-07 Signage Plan – Levels 3 And 4 A07-08 Signage Plan – Levels 5 And 6 A07-09 Signage Schedule
00015-3
02-01-2004
Ellington Airport ATCT and Utility Building Project No. 629 LIST OF DRAWINGS
A08-01 Cab Console Details A08-02 Cab Console Details A08-03 Cab Console Details
STRUCTURAL
S00-01 Structural General Notes S00-02 Special Inspections S00-03 Structural Abbreviations S00-04 Structural Typical Foundation Details S00-05 Typical Details S00-06 Typical Details S00-07 Typical Details S00-08 Structural Typical Wall Details
S01-01 Floor Plans – Foundation and First Floor S01-02 Floor Plans – Cable Access Plan + Low Roof Framing Plan S01-03 Floor Plans – Typical Floor Slab Plan (El 18’-8” To El 92’9”) S01-04 Floor Plan – Sixth Floor Cable Access Slab Plan (El 103’-10”) S01-05 Walkway + Elevator Lid S01-06 Floor Plan – Cab Floor Framing Plan S01-07 Roof Plan – Cab Roof and Parapet Framing Plan
S02-01 Exterior Wall Elevations S02-02 Exterior Wall Elevations S02-03 Low Building Exterior Wall Elevations
S05-00 Details S05-01 Details S05-02 Typical Stair Section S05-03 Details S05-04 Details S05-05 Details
MECHANICAL
M00-01 HVAC Legend Symbols and Notes MH01-01 HVAC Floor Plans First Floor and Cable Access MH01-02 HVAC Floor Plans Second and Third Floors MH01-03 HVAC Floor Plans Fourth and Fifth Floors MH01-04 HVAC Floor Plans Sixth Floor and Cable Access MH01-05 HVAC Floor Plan Cab
MP01-01 HVAC Piping Plans First Floor and Cable Access
00015-4 02-01-2004
Ellington Airport ATCT and Utility Building Project No. 629 LIST OF DRAWINGS
MP01-02 HVAC Piping Plans Second and Third Floors MP01-03 HVAC Piping Plans Fourth and Fifth Floors MP01-04 HVAC Piping Plans Sixth Floor and Cable Access
M03-01 HVAC Sections
M05-01 HVAC Details M05-02 HVAC Details M05-03 HVAC Details M05-04 HVAC Details M05-05 HVAC Details M05-06 HVAC Details
M06-01 HVAC Controls M06-02 HVAC Controls M06-03 HVAC Controls M06-04 HVAC Schematics – Chilled Water M06-05 HVAC Schematics – Heating Hot Water
M07-01 HVAC Schedules M07-02 HVAC Schedules
PLUMBING
P00-01 Plumbing Legend Symbols and Notes PG01-01 Plumbing Gravity Piping Floor Plans First Floor and Cable Access PG01-02 Plumbing Gravity Piping Floor Plans - Second and Third Floors PG01-03 Plumbing Gravity Piping Floor Plans - Fourth and Fifth Floors PG01-04 Plumbing Gravity Piping Floor Plans - Sixth Floor and Cable Access PG01-05 Plumbing Gravity Piping Floor Plan - Cab PG01-06 Plumbing Gravity Piping Floor Plan – Roof Plan
PP01-01 Plumbing Pressure Piping Floor Plans - First Floor and Cable Access PP01-02 Plumbing Pressure Piping Floor Plans - Second and Third Floors PP01-03 Plumbing Pressure Piping Floor Plans - Fourth and Fifth Floors PP01-04 Plumbing Pressure Piping Floor Plans - Sixth Floor and Cable Access PP01-05 Plumbing Pressure Piping Floor Plans – Cab
P05-01 Plumbing Details P05-02 Plumbing Details P05-03 Plumbing Details P05-04 Plumbing Details P05-05 Plumbing Details
00015-5 02-01-2004
Ellington Airport ATCT and Utility Building Project No. 629 LIST OF DRAWINGS
P06-01 Plumbing Schedules P06-02 Plumbing Schedules P07-01 Plumbing Risers
FIRE PROTECTION
F00-01 Fire Suppression Legend Symbols and Notes F01-01 Fire Suppression Floor Plans – First Floor and Cable Access F01-02 Fire Suppression Floor Plans – Second and Third Floors F01-03 Fire Suppression Floor Plans – Fourth and Fifth Floors F01-04 Fire Suppression Floor Plana – Sixth Floor and Cable Access F01-05 Fire Suppression Floor Plan – Cab
F05-01 Fire Suppression Details F05-02 Fire Suppression Details F05-03 Fire Suppression Details F05-04 Fire Suppression Details
ELECTRICAL
E00-01 Electrical Symbols E00-02 Electrical Symbols, Abbreviations and General Notes E00-03 Lighting Fixture Schedule
E01-01 Electrical Single Line Diagram E01-02 Electrical Grounding Riser Diagram
E02-01 Electrical Site Plan
E03-01 Lighting Plans – First and Second Floors E03-02 Lighting Plans – Second and Third Floors E03-03 Lighting Plans – Fourth and Fifth Floors E03-04 Lighting Plans – Seth Floor and Cable Access E03-05 Lighting Plan – Cab E03-06 Lighting Plan – Cab Roof
E04-01 Power And Grounding Plans – First Floor and Cable Access E04-02 Power And Grounding Plans – Second and Third Floors E04-03 Power And Grounding Plans – Fourth and Fifth Floors E04-04 Power And Grounding Plans – Sixth Floor and Cable Access E04-05 Power And Grounding Plan – Cab E04-06 Power And Grounding Plan – Cab
00015-6 02-01-2004
Ellington Airport ATCT and Utility Building Project No. 629 LIST OF DRAWINGS
E06-01 Panel Schedules E06-02 Panel Schedules E06-03 Panel Schedules
E07-01 Details E07-02 Details E07-03 Details E07-04 Details E07-05 Details
EC01-05 Fire Alarm Riser Diagram and Notes EC05-01 Fire Alarm Plans First Floor and Cable Access EC05-02 Fire Alarm Plans Second and Third Floors EC05-03 Fire Alarm Plans Fourth and Fifth Floors EC05-04 Fire Alarm Plans Sixth Floor and Cable Access EC05-05 Fire Alarm Plans Cab EC05-06 Fire Alarm Plans Cab Roof
ES01-01 Security Riser Diagram Video System Riser Diagram ES05-01 Security Plans First Floor and Cable Access ES05-02 Security Plans Second and Third Floors ES05-03 Security Plans Fourth and Fifth Floors ES05-04 Security Plans Sixth Floor and Cable Access ES05-05 Security Plans Cab ES05-06 Security Plans Cab Roof
ET01-01 IT Riser Diagram Tele/Data System Riser Diagram ET05-01 Telecommunication Plans First Floor and Cable Access ET05-02 Telecommunication Plans Second and Third Floors ET05-03 Telecommunication Plans Fourth and Fifth Floors ET05-04 Telecommunication Plans Sixth Floor and Cable Access ET05-05 Telecommunication Plan Cab ET05-06 Telecommunication Plan Cab Roof
00015-7 02-01-2004
Ellington Airport ATCT and Utility Building Project No. 629 LIST OF DRAWINGS
UTILITY BUILDING
ARCHITECTURAL
A01-01U Utility Building Plans A02-01U Utility Building Elevations A03-01U Utility Building Sections and Details
STRUCTURAL
S00-01U General Notes S00-02U Typical Foundation Details S00-03U Typical Foundation Details
S01-01U Foundation and Roof Framing Plans S02-01U Foundation and Framing Details
MECHANICAL
M01-01U Floor Plan – Utility Building
PLUMBING
P01-01U Gravity and Pressure Piping – Utility Building FIRE PROTECTION
F01-01U Fire Suppression Floor Plan – Utility Building
ELECTRICAL
E01-01U Utility Building Lighting, Power and Ground Plans
END OF DOCUMENT
00015-8 02-01-2004
CITY OF HOUSTON STANDARD DOCUMENT
LIST OF PRE-QUALIFIED ASBESTOS/LEAD ABATEMENT, MOLD & SOIL REMEDIATION, DEMOLITION & PETROLEUM STORAGE TANK REMOVAL CONTRACTORS
Document 00041
LIST OF PRE-QUALIFIED ASBESTOS/LEAD ABATEMENT, MOLD & SOIL REMEDIATION, DEMOLITION AND PETROLEUM STORAGE TANK REMOVAL
CONTRACTORS
1.1 DOCUMENT INCLUDES
A. Authorization
B. List of Authorized Contractors.
2.1 RELATED DOCUMENTS
A. Section 13280 – Hazardous Materials Remediation
B. Section 13281&13282 – Abatement of Asbestos/Lead Containing Materials
3.1 AUTHORIZATION
A. The list of Contractors Pre-qualified for Asbestos/Lead Abatement, Mold & Soil Remediation, Demolition & Petroleum Storage Tank Removal (“List”) was authorized on March 21, 2012, by City of Houston Council Motion No. 12-0180.
B. Only those firms on the List can be utilized by Bidder in subcontracting for
asbestos & lead abatement, mold & soil remediation, demolition & petroleum storage tank removal included in the Work.
C. The List is administered by General Services Department. All inquiries should be
directed to Gabriel Mussio (832-393-8079).
4.1 LIST OF AUTHORIZED CONTRACTORS
A. As of the date specified in paragraph 3.0.A., all contractors listed in paragraph 4.0.B were licensed in the State of Texas for the type of work. Authorized Contractors must maintain there license to be on the list.
B. Authorized Contractors:
1. AAR Incorporated, 6640 Signat Drive, Houston, Texas 77041
2. A & M Environmental, LLC, 6536 Supply Row, Houston, Texas 77011
3. ARC Abatement Inc., 6827 Signat Drive, Houston, Texas 77041
4. AIA General Contractors, Inc., 18331 Running Vine Lane, Spring, Texas 77379
00041-1
03-21-2012
CITY OF HOUSTON LIST OF PRE-QUALIFIED ASBESTOS/LEAD STANDARD DOCUMENT ABATEMENT, MOLD & SOIL REMEDIATION,
DEMOLITION & PETROLEUM STORAGE TANK REMOVAL CONTRACTORS
5. Arrow Services, Inc., 10202 Airline Drive, Suite A, Houston, Texas 77037
6. Basic Environmental Group, LLC., 1839 Key Biscayne Court, Houston,
Texas 77065
7. Cherry Environmental Services, Inc., 4501 Cherry Lane, Santa Fe, Texas 77517
8. Clark-Tech Environmental Systems, Inc., 1515 Globe Street, Houston, Texas 77034
9. CRG Environmental Services, LLC., 2504 Avenue I, Rosenberg, Texas 77471
10. DNB Enterprises, Inc., 12969 West Hardy, Houston, Texas 77037
11. Dunphey Petroleum Services, Inc., 3505 Daphne, Houston, Texas 77021
12. EC Government Services, 5850 San Felipe, Suite 400, Houston, Texas 77057
13. Effective Environmental, Inc., 9950 Chemical Road, Pasadena, Texas 77507
14. GenTech Construction Company, LLC., 2211 West 34th Street, Houston, Texas 77018
15. Hazard Assessment Leaders, Inc., dba HAL, Inc., 5311 Petty Street, Houston, Texas 77007
16. Inland Environmental, Ltd., PO Box 6751, Kingwood, Texas 77325
17. J.T.B. Services, Inc., 9026 Lambright, Houston, Texas 77075
18. NCM, 16421 Aldine Westfield Road, Houston, Texas 77032
19. PfP Abatement Group, LLC., 3823 Shadow Trail Drive, Houston, Texas 77084
20. PEMCO, Inc., PO Box 2009, Pearland, Texas 77588-2009
21. RNDI Companies, Inc., 2255 Ridge Road, Suite 216, Rockwell, Texas 75807
22. Separation Systems Consultants, Inc., 17041 El Camino Real, Suite 200 Houston, Texas 77058
00041-2
03-21-2012
CITY OF HOUSTON STANDARD DOCUMENT
LIST OF PRE-QUALIFIED ASBESTOS/LEAD ABATEMENT, MOLD & SOIL REMEDIATION, DEMOLITION & PETROLEUM STORAGE TANK REMOVAL CONTRACTORS
23. Texas Environmental Control, Inc., 4623 Steffani Lane, Houston, Texas 77041
24. Weston Solutions, Inc., 5599 San Felipe, Suite 700, Houston, Texas 77056
25. 1 Priority Environmental Services, Inc., 2573 Gravel Drive, Fort Worth, Texas 76118
END OF DOCUMENT
00041-3
03-21-2012
CITY OF HOUSTON
STANDARD DOCUMENT INSTRUCTIONS TO BIDDERS
Document 00200
TABLE OF CONTENTS
INSTRUCTIONS TO BIDDERS
PARA
1.0
TITLE
RELATED DOCUMENTS
PAGE
1
2.0 DEFINITIONS 1
3.0 NOTICE TO BIDDERS 2
4.0 BID DOCUMENTS 2
5.0 EXAMINATION OF DOCUMENTS, SITE, AND LOCAL CONDITIONS 2
6.0 INTERPRETATIONS DURING BIDDING 2
7.0 ADDENDA 3
8.0 SUBSTITUTION OF PRODUCTS 3
9.0 PREPARATION OF BIDS 3
10.0 BID SUBMISSION 3
11.0 BID SECURITY 4
12.0 SUBCONTRACTORS AND SUPPLIERS 4
13.0 MODIFICATION OR WITHDRAWAL OF BID 4
14.0 BID DISQUALIFICATION 4
15.0 PREBID MEETING 5
16.0 OPENING OF BIDS 5
17.0 EVALUATION AND CONSIDERATION OF BIDS 5
18.0 ACCEPTANCE OF THE BID 5
INSTRUCTIONS TO BIDDERS ATTACHEMENT 6
00200 - 1 07-01-2015
CITY OF HOUSTON
STANDARD DOCUMENT INSTRUCTIONS TO BIDDERS
Document 00200
INSTRUCTIONS TO BIDDERS
1.1 RELATED DOCUMENTS
A. Document 00210 – Supplementary Instructions to Bidders.
B. Document 00320 – Geotechnical
Information.
C. Document 00330 – Existing Conditions.
D. Document 00410 – Bid Form, Parts A & B.
E. Document 00495 – Post-Bid Procedures.
F. Document 00520 – Agreement.
G. Document 00700 – General Conditions.
H. Document 00800 – Supplementary Conditions.
2.1 DEFINITIONS
A. Definitions set forth in Document 00700 – General Conditions and in other documents of Project Manual, are applicable to Bid Documents.
B. Addendum: Written or graphic instrument issued prior to Bid opening, which clarifies, modifies, corrects, or changes Bid Documents.
C. Alternate: The total amount bid for additions to work, as described in Section 01110 – Summary of Work. Each Alternate includes cost of effects on adjacent or related components, and Bidder's overhead and profit.
D. Bid: A complete and properly signed offer to
perform the Work in accordance with this Document and Document 00210 – Supplementary Instructions to Bidders.
E. Bid Date: Date and time set for receipt of Bids as stated in Document 00210 – Supplementary Instructions to Bidders, or as modified by Addenda.
F. Bid Documents: Project Manual, Drawings,
and Addenda.
G. Bid Supplement: A Bid submittal that is
required in Document 00410 – Bid Form.
H. Bidder: Person or firm, identified in Document 00410B – Bid Form – Part B, including its successors, and its authorized representative.
I. Code: Code of Ordinances, Houston, Texas.
J. Low Bidder: Apparent successful Bidder that qualifies as a responsible Bidder and that submits Bid with lowest Total Bid Price.
K. Project Manager: Person designated in Document 00100 – Advertisement for Bids and Document 00220 – Request for Bid Information to represent the City during bidding and post-bid periods.
L. Project Manual: Volume assembled for the Work that includes the bidding requirements, sample forms, Conditions of the Contract, and Specifications.
M. Security Deposit: A certified check, cashier's
check, or bid bond in the amount of 10 percent of the Total Bid Price.
N. Total Bid Price: Total amount bid for performing the Work as identified by Bidder in Document 00410B – Bid Form – Part B, which amount includes:
1. Stipulated Price;
2. Total Base Unit Prices;
3. Total Extra Unit Prices;
4. Total Cash Allowances; and
5. Total Alternates.
3.1 NOTICE TO BIDDERS
A. The City of Houston Fair Campaign Ordinance makes it unlawful for a Contractor to offer any contribution to a candidate for City elective office (including elected officers and officers-elect) during a certain period of time prior to and following the award of the Contract by the City Council. The term "Contractor" includes proprietors of proprietorships, all partners of partnerships, and all officers, directors, and holders of 10 percent or more of the outstanding shares of corporations. A statement disclosing the names and business addresses of each of those persons will be required to be submitted with each bid or proposal; for a City Contract. Bidder shall complete and submit Document 00452 – Form A, Contractor Submission List, City of Houston Fair Campaign Ordinance, with its Bid to comply with this requirement. See Chapter 18 of the Code for further information.
00200 - 2 07-01-2015
CITY OF HOUSTON
STANDARD DOCUMENT INSTRUCTIONS TO BIDDERS
B. Chapter 15, Article VIII, of the City's Code provides that no contract shall be let, nor any other business transaction entered into, by the City with any person indebted to the City or a qualifying entity, if the contractor or transaction comes within the provisions of Section 15-1 (c) of the Code. Exceptions are provided in Section 15-126 of the Code. Bidder shall complete and submit Document 00455 – Affidavit of Ownership or Control, with its Bid to comply with this requirement.
C. Neither bidder(s) nor any person acting on
bidder(s)’s behalf shall attempt to influence the outcome of the award by the offer, presentation or promise of gratuities, favors, or anything of value to any appointed or elected official or employee of the City of Houston, their families or staff members. All inquiries regarding the solicitation are to be directed to the designated City Representative identified on the first page of the solicitation. Upon issuance of the solicitation through the pre-award phase and up to the date the City Secretary publicly posts notice of any City Council agenda containing the applicable award, aside from bidder's formal response to the solicitation, through the pre-award phase, written requests for clarification during the period officially designated for such purpose by the City Representative, neither bidder(s) nor persons acting on their behalf shall communicate with any appointed or elected official or employee of the City of Houston, their families or staff through written or oral means in an attempt to persuade or influence the outcome of the award or to obtain or deliver information intended to or which could reasonably result in an advantage to any bidder. However, nothing in this paragraph shall prevent a bidder from making public statements to the City Council convened for a regularly scheduled session after the official selection has been made and placed on the City Council agenda for action, or to a City Council committee convened to discuss a recommendation regarding the solicitation.
4.1 BID DOCUMENTS
A. The Bid Documents may be obtained at location specified in Document 00210 – Supplementary Instructions to Bidders.
B. The Bid Documents are made available only
for the purpose of bidding on the Work. Receipt of Bid Documents does not grant a license for other purposes.
C. On receipt of Bid Documents, Bidder shall
verify that documents are legible and complete, compare contents of Project Manual with Document 00010 – Table of Contents, and compare Index of Drawings with Document 00015 – List of Drawings.
Bidder shall notify Project Manager if Bid Documents are incomplete.
D. If City of Houston Standard Specifications or
Standard Details are required by the Project Manual, Bidder shall refer to Document 00210 – Supplementary Instructions to Bidders for purchase information.
5.1 EXAMINATION OF DOCUMENTS, SITE, AND LOCAL CONDITIONS
A. Bidder shall examine Project site, become familiar with local conditions under which the Work shall be performed, conduct appropriate investigations, and correlate personal observations with requirements of the Bid Documents before submitting a Bid.
B. Bidder shall make site investigations to the
extent Bidder deems necessary to ascertain extent of subsurface conditions.
C. Failure of Bidder to perform the
investigations prior to submitting a Bid does not relieve Bidder of responsibility for investigations, interpretations and proper use of available information in the preparation of its Bid.
D. Bidder shall observe limitations of access to occupied or restricted site as stated in Document 00210 – Supplementary Instructions to Bidders.
6.1 INTERPRETATIONS DURING BIDDING
A. Bidder shall immediately submit Document 00220 – Request for Bid Information to Project Manager upon finding errors, discrepancies, or omissions in Bid Documents. Confirmation of receipt of questions by the City is the responsibility of Bidder. Verbal discussions and answers are not binding.
B. Document 00220 – Request for Bid Information must be received at least 10 days before the Bid Date to allow issuance of Addenda in accordance with Paragraph 7.O.D. Replies, if issued, are by Addenda.
7.1 ADDENDA
A. Addenda that affect bidding requirements are applicable only during applicable only through issuance of the Notice to Proceed. Addenda that affect the Contract are a part of the Contract.
B. BIDDERS WHO SUBMIT A BID ON THIS PROJECT SHALL BE PRESUMED TO HAVE RECEIVED ALL ADDENDA AND TO HAVE INCLUDED ANY COST THEREOF IN THEIR BIDS, REGARDLESS OF WHETHER THEY ACKNOWLEDGE THE ADDENDA OR NOT.
00200 - 3 07-01-2015
CITY OF HOUSTON
STANDARD DOCUMENT INSTRUCTIONS TO BIDDERS
C. The City will make Addenda available at
same location where the Bid Documents may be obtained. The City will notify plan holders of record when Addenda are available. Bidders are responsible for obtaining Addenda after notification.
D. No Addendum will be issued later than noon
on Monday before Bid Date, except Addenda with minor clarifications, withdrawing request for Bids, or postponing Bid Date.
8.1 SUBSTITUTION OF PRODUCTS
A. No substitutions of Products will be considered during the bidding period.
9.1 PREPARATION OF BIDS
A. Bidder shall fill in applicable blanks in Document 00410A&B – Bid Form – Parts A & B and Bid Supplements. In addition, Bidder shall bid all Alternates. Bidder shall properly sign Document 00410B -Bid Form.
B. Bidder shall initial all pages, except
signature page, of Document 00410B – Bid Form – Part B.
C. Bidder is responsible for all costs incurred by
the Bidder, associated with preparation of its Bid and compliance with Post-bid Procedures.
D. Bidder may not adjust preprinted price on
line items stating "Fixed Unit Price" in the description on the Bid Form.
E. Bidder may increase, but not decrease,
preprinted price on line items stating "Minimum Bid Price" in the description on the Bid Form by crossing out the minimum and inserting revised price on the line above. Bidder may not decrease the preprinted
price on line items stating “Minimum Bid Price”.
F. Bidder may decrease, but not increase,
preprinted price on line items stating "Maximum Bid Price" in the description on the Bid Form by crossing out the maximum and inserting revised price on the line above. Bidder may not increase the preprinted
price on line items stating “Maximum Bid Price”.
G. Bidder shall insert a price no greater than the maximum preprinted range and no less than the preprinted range for line items stating "Fixed Range Unit Price" in the description on the Bid Form by crossing out prices noted and inserting revised price on the line above.
H. Bidder may not adjust Cash Allowance
amounts.
10.1 BID SUBMISSION
A. City Secretary will receive Bids on Bid Date at location specified in Document 00210 – Supplementary Instructions to Bidders.
B. Bids submitted after Bid Date will be returned
to Bidder unopened.
C. Verbal, facsimile, or electronic Bids are invalid and will not be considered.
D. Bidder shall submit in person or by mail one copy of the signed Document 00410 – Bid Form, Parts A and B, along with required Security Deposit, and required Bid Supplements, in a sealed, opaque envelope. In addition, Bidder shall clearly identify Project, Bid Date and Bidder's name on outside of envelope. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another envelope addressed for postal delivery.
11.1 BID SECURITY
A. Bidder shall submit a Security Deposit with its Bid.
B. Certified Check or Cashier's Check
1. Bidder shall make check payable to the City of Houston.
2. A check is submitted on the condition
that if Bidder is named Low Bidder and fails either to timely and properly submit documents required in Document 00495 – Post-Bid Procedures, the City will cash the check in accordance with Paragraph 11.0.E.
C. Bid Bond
1. The bid bond must be a valid and enforceable bond, signed by a surety that complies with other requirements set out by law.
2. The bid bond must name the City of Houston as obligee, and be signed by the Bidder as principal and signed and sealed by the surety.
3. The bid bond must be conditioned such
that if Bidder is named Low Bidder and then fails to timely and properly submit documents required in Document 00495 – Post-Bid Procedures, surety will be obligated to pay to the City an amount in accordance with Paragraph 11.0.E.
D. Security Deposits will be retained until after
the Contract is awarded or all Bids are rejected.
00200 - 4 07-01-2015
CITY OF HOUSTON
STANDARD DOCUMENT INSTRUCTIONS TO BIDDERS
E. Low Bidder forfeits Security Deposit if it fails
to timely and properly submit documents required in Document 00495 – Post-Bid Procedures. The City may claim an amount equal to the difference between the Total Bid Price of the defaulting Bidder and the Total Bid Price of the Bidder awarded the Contract. If Security Deposit is a check, the City will reimburse any remaining balance to the defaulting Bidder.
12.1 SUBCONTRACTORS AND SUPPLIERS
A. The City may reject proposed Subcontractors or Suppliers.
B. Refer to Document 00800 – Supplementary Conditions, for MWBEPDBE, DBE and SBE goals.
13.1 MODIFICATION OR WITHDRAWAL OF BID
A. A Bidder may modify or withdraw a Bid submitted before the Bid Date by written notice to the City Secretary. The notice may not reveal the amount of the original Bid and must be signed by the Bidder.
B. Bidder may not modify or withdraw its Bid by verbal, facsimile, or electronic means.
C. A withdrawn Bid may be resubmitted up to
the time designated for receipt of Bids.
14.1 BID DISQUALIFICATION
A. The City may disqualify a Bid if the Bidder:
1. fails to provide required Security
Deposit in the proper amount;
2. improperly or illegibly completes information required by the Bid Documents;
3. fails to sign Bid or improperly signs Bid;
4. qualifies its Bid; or
5. improperly submits its Bid.
B. When requested, Low Bidder shall present satisfactory evidence that Bidder has regularly engaged in performing construction work as proposed, and has the capital, labor, equipment, and material to perform the
Work.
15.1 PREBID MEETING
A. A prebid meeting is scheduled to be held at the place, time, and date listed in Document 00210 – Supplementary Instructions to Bidders.
B. All Bidders, subcontractors, and suppliers are invited to attend.
C. Representatives of City Engineer will
attend.
16.1 OPENING OF BIDS
A. Bids are opened by the City Secretary and publicly read in City Council Chambers on the Public Level in City Hall Annex at 11:00 a.m. on Bid Date.
B. Place and date of Bid opening may be changed in accordance with Sections 15-3(b)(5) and 15-3(b)(6) of the City Code.
17.1 EVALUATION AND CONSIDERATION OF BIDS
A. Project Manager will receive Contractor’s Statement of Qualifications as included in the Bid Documents (as included in the attachment) for use in the evaluation of the Bids.
B. Project Manager will tabulate, record and evaluate Bids.
C. The City may reject all Bids or may reject any defective Bid.
18.1 ACCEPTANCE OF THE BID
A. The City will send to Low Bidder Document 00498 – Notice of Intent to Award. Acceptance by the City is conditioned upon Bidder's timely and proper submittal of documents required in Document 00495 – Post-Bid Procedures.
B. The Bid remains open to acceptance and is irrevocable for the period of time stated in Document 00410A – Bid Form – Part A.
END OF DOCUMENT
00200 - 5 07-01-2015
Ellington Airport ATCT and Utility Building
CONTRACTOR’S STATEMENT OF QUALIFICATIONS
Each bidder shall furnish the Owner, within the bid documents, satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall document the bidder's past experience on similar ATCT work, past experience on vertical construction with construction cost greater than $5,000,000 and key personnel that will be assigned to this job.
Failure to provide the required evidence of competency, or the failure to demonstrate the required minimum experience, may cause the Bidder to be considered unqualified or the Bid to be considered non-responsive and the Bid rejected. The Owner reserves the right to request any additional supporting documents deemed necessary after the Bid opening regarding the Bidder’s previous work experience, and the Bidder shall provide such information within 48 hours of such request.
Items required to be submitted with the bid include the following:
1. Attachment A.1 RELEVANT EXPERIENCE LIST 2. Attachment A.2 OWNER(S) AND ARCHITECT(S) REFERENCES 3. Attachment A.3 ORGANIZATION CHART 4. Attachment A.4 RESUMES FOR PROJECT MANAGER AND PROJECT
SUPERINTENDENT
Project No. 629 INSTRUCTIONS TO BIDDERS ATTACHMENT
Attachment A.1 RELEVANT EXPERIENCE LIST (To Be Included in Bid Document)
Name of Respondent:
A.1.1 Relevant ATCT Experience (Last 10 years)
Date of Project
Name of Project
Type of Design (Arch or Eng)
Project Type
*
Original Contract Amount (in dollars)
Final Contract Amount (in dollars)
Number Change Orders/ Amendm ents
Location of Project (City/State)
Owner Name
Owner Contact Name
Owner Contact Phone #
A.2.2 Relevant Vertical Construction with contract value greater than $5 Million (Last 10 years)
Date of Project
Name of Project
Type of Design (Arch or Eng)
Project Type *
Original Contract Amount (in dollars)
Final Contract Amount (in dollars)
Number Change Orders/ Amendments
Location of Project (City/State)
Owner Name
Owner Contact Name
Owner Contact Phone #
* Project Types are: Design-Bid-Build (DBB), Design-Build (DB), Construction Manager at-risk GMP (CM@risk GMP), Construction Manager at-risk Lump Sum (CM@risk LS)
A.2 Owner(s) and Architect(s) References
Owner (3):
Architect (3):
Name:
Title:
Phone:
Email:
Project:
Name:
Title:
Phone:
Email:
Project:
Name:
Title:
Phone:
Email:
Project:
Name:
Title:
Phone:
Email:
Project:
Name:
Title:
Phone:
Email:
Project:
Name:
Title:
Phone:
Email:
Project:
A.3 Organizational Chart anticipated for this project.
(Attached)
A.4 Resumes for Project Manager and Project Superintendent
(Attached)
Ellington Airport ATCT and Utility Building Project No. 629
SUPPLEMENTARY
INSTRUCTIONS TO BIDDERS
Document 00210
SUPPLEMENTARY INSTRUCTIONS TO BIDDERS
The following Paragraphs modify Document 00200 - Instructions to Bidders. Where a portion of the Instructions to Bidders is modified or deleted by these Supplementary Instructions, the unaltered portions of the Instructions to Bidders remains in effect.
4.1 – BID DOCUMENTS: Add the following Paragraphs to this Section:
A. Add the following Paragraph A.1:
1. Bid Documents may be obtained after noon, Monday, May 30, 2016 from Design Consultant, AECOM, 5444 Westheimer Rd, Ste 200, Houston, TX 77056, (713) 780-4100, FAX (713) 780-0838, upon receipt from Bidder to Design Consultant of Bid Document Deposit in the form of a cashier's check, certified check, money order, or company check in the amount of $125.00 for each set, payable to "City of Houston." Bid Document Deposit for maximum of two sets will be refunded by check from City of Houston to holders of Bid Documents when Bid Documents are 1) returned to the place of issue, 2) in condition usable for construction, as determined by Design Consultant, and 3) returned within 30 days of Bid Date. There is no charge for Addenda; however, Addenda will be distributed only to holders of Bid Documents, on record with Design Consultant.
D. Add the following Paragraph D.1:
1. Copies of the City Standard Specifications and Details may be acquired
at no cost on the City’s website www.publicworks.cityofhouston.gov/documents.
E. The following plan rooms, whose names, addresses, phone and fax numbers were last updated on June 4, 2013, have been authorized by the City to display Bid Documents for examination: (Note: The Bid Documents furnished to the plan rooms for examination can be in electronic format, in hard copies, or in any other formats pertaining to each City Contracting Division’s discretion.)
1. AMTEK Information Services, Inc., 4001 Sherwood Lane, Houston, TX
77092, 713-956-0100, Fax 713-956-5340, Email: [email protected]
00210-1 ver. 1/13/2015
http://www.publicworks.cityofhouston.gov/documentsmailto:[email protected]
2. Virtual Builders Exchange, Inc., (ABC), 7035 West Tidewell, Houston, TX 77092, 832-613-0201, Fax 832-613-0344. Email: [email protected]
3. I Square Foot, 8450 West Park, Houston, TX 77063, 1-800-364-2059 ext 8059, Fax 866-570-8187. Email: [email protected]; contact: Justin Houser, [email protected]
4. Associated General Contractors, (AGC-HHUI), Highway, Heavy Utilities and Industrial Branch, 2400 Augusta St., Suite 305, Houston, TX 77057, Ph: 713-334-7100, Fax: 713-334-7130. Email: [email protected] (Attention: Mel Simon)
5. Gurrola Reprographics, 6161 Washington Ave., Houston, TX 77007; Ph: 713-861-4277; Fax: 713-861-8635; Email: [email protected]; contact: Brady Hefner.
5.0 - EXAMINATION OF DOCUMENTS, SITE, AND LOCAL CONDITIONS: Insert the following paragraph:
D. Add the following Paragraph D.1:
1. Area within contract limits is currently restricted. Access for examination is restricted to times, durations, routes and presence of City authorities, occurring at the conclusion of the Prebid Meeting or as otherwise directed by City Engineer. See Paragraph 15.0 below.
9.1 – PREPARATION OF BIDS: Add the following Paragraph I to this Paragraph:
I. For math errors the City encounters in analyzing Bids, the following
guidance will be used:
In the event of a conflict between: The Bid Price is:
1. Individual Unit Price and Individual Unit Price times Extension of that Unit Price Estimated Quantity
2. A Unit Price extension and Sum of all Individual Unit Price total of Unit Price Extensions Extensions
3. Individual Alternate and Sum of all Individual Alternates total of Alternates
4. Individual subtotals for Stipulated Sum of Individual subtotals for Price, Base Unit Prices, Extra Stipulated Price, Base Unit Prices, Unit Prices, Contractor Bonus, Extra Unit Prices, Contractor Bonus, Cash Allowances, and Alternates; Cash Allowances and Alternates
00210-2 ver. 1/13/2015
mailto:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]
Ellington Airport ATCT and Utility Building Project No. 629
SUPPLEMENTARY
INSTRUCTIONS TO BIDDERS
and the Total Bid Price
10.1 – BID SUBMISSION: Add the following Paragraph A.1 to this Section:
A. Add the following Paragraph A.1:
1. Sealed bids, in triplicate, one (1) original marked “Original” and two (2) copies of the bids will be received by the City Secretary of the City of Houston, in the City Hall Annex, Public Level, 900 Bagby, Room P101, Houston, Texas 77002, until 10:30 a.m., (Local Time) on July 14, 2016.
E. Add the following Paragraph “E.” to Section 10:
E. Bidders shall submit Document 00470 Bidder’s MWSBE Participation Plan with the bid. If the MWSBE goal is not met, the Document 00471 Pre-bid Good Faith Efforts, and Document 00472 Bidder’s MWSBE Goal Deviation Request form shall also be included in the submission with the bid.
11.1 – BID SECURITY: Add the following Paragraph 1. to Section 11.0.A.:
1. Bidder shall submit a Security Deposit in the form of:
a.) Certified Check; b.) Cashier’s Check; or c.) Bid Bond Bidder should submit just one form of Security Deposit among the three listed above, and such form shall be issued according to Section 11.0.B and 11.0.C.
12.0 – SUBCONTRACTORS AND SUPPLIERS: Add the following Paragraph C. to this Section:
C. Refer to Document 00801 – Supplementary Conditions for Project
Funded by AIP Grant, for DBE goals.
15.1 – PREBID MEETING: Add the following Paragraph A.1 to this Section:
A. Add the following Paragraph A.1: 1. A Prebid Meeting will be held at Houston Airport System Ellington
Airport, Conference Rm #1 at 10:00 A.M., Thursday, June 9, 2016, located at 11602 Aerospace Blvd, Houston Texas, 77034
2. Pre-bid Meeting Questions will be due from bidders at 3:00 p.m. (local time), June 15, 2016.
00210-3 ver. 1/13/2015
3. A Site Visit will begin after the Pre-bid Meeting. The meeting and site visit are the only opportunity for bidders to see the site prior to Bid Due Date.
The following two (2) items are part of this solicitation:
NO CONTACT PERIOD
Neither bidder(s) nor any person acting on bidder(s)’s behalf shall attempt to influence the outcome of the award by the offer, presentation or promise of gratuities, favors, or anything of value to any appointed or elected official or employee of the City of Houston, their families or staff members. All inquiries regarding the solicitation are to be directed to the designated HAS solicitation contact person identified on Document 00220. Upon issuance of the solicitation through the pre-awarded phase and up to the date the City Secretary publicly posts notice of any City Council agenda containing the applicable award, aside from bidder’s formal response to the solicitation, through the pre-award phase, written requests for clarification during the period officially designated for such purpose by the City Representative, neither bidder(s) not persons acting on their behalf shall communicate with any appointed or elected official or employee of the City of Houston, their families or staff through written or oral means in an attempt to persuade or influence the outcome of the award or to obtain or deliver information intended to or which could reasonably result in an advantage to any bidder. However, nothing in this paragraph shall prevent a bidder from making public statements to the City council convened for a regularly scheduled session after the official selection has been made and placed on the City Council Agenda for action, or to a City Council committee convened to discuss a recommendation regarding the solicitation.
PROTESTS
1. An interested party may file a protest on the basis that the City has
failed to comply with applicable federal or state law or with City
ordinances. The subject of the protest shall be limited to fraud,
corruption, or illegal acts undermining the objectivity and integrity of the
procurement process. A protest must be filed in accordance with the
timing requirements set forth herein and must include:
a. The name, address, telephone number and email address of the protester.
b. The number of the solicitation.
c. Information confirming that the protester is an interested party.
d. A written statement of the grounds for the protest and the law or ordinance
to have been violated. The statement shall be accompanied by relevant
supporting documentation and relief requested.
e. The signature of the protester
00210-4 ver. 1/13/2015
Ellington Airport ATCT and Utility Building Project No. 629
SUPPLEMENTARY
INSTRUCTIONS TO BIDDERS
2. Protests shall be submitted to:
Chief Procurement Officer City of Houston 901 Bagby, B300 Houston, TX 77002
3. The City recognizes three types of protests:
a. Protests regarding solicitation (Pre-Bid Protest). Any Pre-Submission Protest regarding a solicitation published by the City
shall be filed no later than five days before the opening of bids (if a competitive bid) or due date for submittals or proposals (if an RFP/RFQ), as applicable.
b. Protests regarding the evaluation of bids, qualifications, or proposals (Pre-Award Protest):
Any Pre-Award Protest regarding the evaluation of bids, qualifications, or proposals by the City must be filed no later than five business days prior to the City Council meeting at which the award appears on the agenda.
c. Protests made after City Council's decision to award a contract (Post-Award Protest)
Any protest regarding the award of a contract must be submitted no later than five calendar days after the date of the award.
d. Any protest received after the applicable deadline will not be considered.
END OF DOCUMENT
00210-5 ver. 1/13/2015
Ellington Airport ATCT and Utility Building Project No. 629
SUPPLEMENTARY
INSTRUCTIONS TO BIDDERS
Ellington Airport ATCT and Utility Building
Document 00220
REQUEST FOR BID INFORMATION
PROJECT: Airport Traffic Control Tower and Utility Building at Ellington Airport
PROJECT No.: 629
TO:
Phone No. Fax No. Email Addr.
(Type or Print question legibly; use back if more space is needed)
This request relates to and/or Drawing / Detail No. Specification Section No.
Attachments to this request:
Signature Date
(Type or Print Name)
(Type or Print Company Name)
END OF DOCUMENT
00220-1 06-11-2004
Governor Henderson 18600 Lee Road Humble, TX 77338
281-233-1091 281-233-1685 [email protected]
Ellington Airport ATCT and Utility Building Project No. 629 GEOTECHNICAL INFORMATION
Document 00320
GEOTECHNICAL INFORMATION
1.1 DOCUMENT INCLUDES
A. Soils investigation reports.
B. Bidder's responsibilities.
2.1 RELATED DOCUMENTS
A. Document 00340 – Environmental Information
B. Section 02260 - Trench Safety Systems
3.1 SITE INVESTIGATION REPORTS
A. In the design and preparation of Contract documents for this Project, the City and Design Consultant have used information in geotechnical reports for the investigation and analysis of soils and subsurface conditions at the Project site.
B. A copy of each report is available for examination at AECOM, 5444
Westheimer Rd, Ste 200, Houston, TX 77056.
C. Neither the City nor Design Consultant is responsible for accuracy or completeness of any information or data.
4.0 GEOTECHNICAL REPORTS
Report No. G11-202, prepared by the firm of Associated Testing Laboratories, Inc, entitled Final Report – Geotechnical Investigation – Proposed Air Control Tower and Supporting Building at Ellington International Airport, Houston, TX, dated March 2012, consisting of 148 pages.
5.1 BIDDER RESPONSIBILITIES
00320-1 02-01-2004
Ellington Airport ATCT and Utility Building
A. Bidder shall take full responsibility for interpretation and use of information contained in above listed reports for its bidding and construction purposes.
B. Bidder may perform additional soils investigations as Bidder deems
appropriate.
END OF DOCUMENT
00320-2
02-01-2004
Ellington Airport ATCT and Utility Building Project No. 629 GEOTECHNICAL INFORMATION
Project No. 629 ENVIRONMENTAL INFORMATION
Document 00340
ENVIRONMENTAL INFORMATION
1.1 DOCUMENT INCLUDES
A. Environmental Site Assessment, if applicable.
B. Asbestos and Lead Surveys, if applicable.
C. Bidder's responsibilities.
2.1 RELATED DOCUMENTS
A. Document 00320 - Geotechnical Information
3.1 SITE INVESTIGATION REPORTS
A. In the design and preparation of Contract documents for this Project, the
City and Design Consultant have used information in environmental site assessment reports for the investigation and analysis of soils and subsurface conditions at the Project site.
B. In the design and preparation of Contract documents for this Project, the
City and Design Consultant have relied upon information in surveys taken for Asbestos-containing Materials (ACMs) and lead at the Project site.
C. A copy of each report is available for examination at AECOM, 5444
Westheimer Rd, Ste 200, Houston, TX 77056.
D. Neither the City nor Design Consultant is responsible for accuracy or completeness of any information or data.
4.1 REPORTS
A. Environmental Assessment Surveys
1. Report No. N/A, prepared by the firm of
HNTB Corporation and Houston Airport System, entitled Ellington Airport - Environmental Assessment for Airport Traffic Control Tower, dated January 2011.
B. Asbestos and Lead Surveys
00340 04-30-2004
Ellington Airport ATCT and Utility Building
N/A. 5.1 BIDDER RESPONSIBILITIES
A. Bidder shall take full responsibility for interpretation and use of information
contained in above listed reports for bidding and construction purposes.
B. Bidder may perform additional investigations as Bidder deems appropriate.
END OF DOCUMENT
00340-2
04-30-2004
Ellington Airport ATCT and Utility Building Project No. 629 ENVIRONMENTAL INFORMATION
WBS No. 1.3.1.3 PARTS A
Document 00410A
BID FORM – PART A
To: The Honorable Mayor and City Council of the City of Houston City Hall Annex
900 Bagby Street
Houston, Texas 77002
Project: Ellington Airport ATCT and Utility Building Project No.: WBS 1.3.1.3 Bidder:
(Print or type full name of business entity, such as corporation, LLC, etc)
1.1 OFFER
A. Total Bid Price: Having examined the Project location and all matters referred to in Bid Documents for the Project, we, the undersigned, offer to enter into a Contract to perform the Work for the Total Bid Price shown on the signature page of this Document
B. Security Deposit: Included with the Bid is a Security Deposit in the amount of 10 percent of the Total Bid Price subject to terms described in Document 00200 – Instructions to Bidders.
C. Period for Bid Acceptance: This offer is open to acceptance and is irrevocable for 90 days from Bid Date. That period may be extended by mutual written agreement of the City and Bidder.
D. Addenda: All Addenda have been received. Modifications to Bid Documents have been considered and all related costs are included in the Total Bid Price.
E. Bid Supplements: The following documents are attached: [X] Security Deposit (as defined in Document 00200 – Instructions to Bidders) [X] Document 00450 - Bidder's Statement of MWSBE Status [X] Document 00452 - Contractor's Submission List - Fair Campaign Ordinance
Form A [X] Document 00454 - Affidavit of Non-interest [X] Document 00455 - Affidavit of Ownership or Control [X] Document 00456 - Bidder’s Certificate of Compliance with Buy American
Program [X] Document 00457 – Conflicts of Interest Questionnaire (CIQ) [X] Document 00458 - Bidder’s Certificate Regarding Foreign Trade Restriction [X] Document 00459 - Contractor’s Statement Regarding Previous Contracts
Subject to EEO [X] Document 00460 – Pay or Play Acknowledgement Form (POP 1-A) [X] Document 00480 – Form SCM-1 Reference Verification [X] Document 00481 – Anti-Collusion Statement [ ] Others as listed:
00410-A1 04-15-2016
Ellington Airport ATCT and Utility Building
Ellington Airport ATCT and Utility Building
WBS No. 1.3.1.3 PARTS A
2.1 CONTRACT TIME
A. If offer is accepted, Contractor shall complete the total scope of the project within 520 days as phased below: 1. Substantial Completion of new ATCT and Control Building within 400 days
after Date of Commencement of the Work, subject to adjustments of Contract Time as provided in the Contract.
2. Substantial Completion of demolition of the existing control tower within 60 days after one (1) month move-in by HAS, subject to adjustments of Contract Time as provided in the Contract. Date of anticipated HAS move-in will start 30 days after Substantial Completion of the new ATCT and Control Building. Start of the phase will be determined after HAS move in and acceptance.
00410-A2 04-15-2016
Ellington Airport ATCT and Utility Building
WBS No. 1.3.1.3
BID FORM
PART B
Document 00410B
BID FORM – PART B
1.1 TOTAL BID PRICE HAS BEEN CALCULATED BY BIDDER, USING THE FOLLOWING COMPONENT PRICES AND PROCESS (PRINT OR TYPE
NUMERICAL AMOUNTS):
A. STIPULATED PRICE: $
(Total Bid Price; minus Base Unit Prices, Extra Unit Prices, Cash Allowances and All Alternates, if any)
B. BASE UNIT PRICE TABLE:
Item No.
Spec Ref.
Base Unit Short Title Unit of
Measure Estimated Quantity
Unit Price (this column
controls)
Total in figures
[1]
00800
Clean Air Incentive Engine
Horsepower
_N/A_ _N/A_ (1)
$65,000
TOTAL BASE UNIT PRICES
$65,000
00410B-1 Bidder’s Initials [ ] 07-01-2015
Ellington Airport ATCT and Utility Building
WBS No. 1.3.1.3
BID FORM
PART B
C. EXTRA UNIT PRICE TABLE:
Item No.
Spec Ref.
Extra Unit Short Title Unit of
Measure Estimated Quantity
Unit Price (this column
controls)
Total in figures
[1]
N/A
TOTAL EXTRA UNIT PRICES
$
REST OF PAGE INTENTIONALLY LEFT BLANK
00410B-2 Bidder’s Initials [ ] 07-01-2015
Ellington Airport ATCT and Utility Building
WBS No. 1.3.1.3
BID FORM
PART B
D. CASH ALLOWANCE TABLE:
$ 1,127,500
REST OF PAGE INTENTIONALLY LEFT BLANK
00410B-3 Bidder’s Initials [ ] 07-01-2015
Item No.
Spec
Ref. Cash Allowance Shor
t Title Cash
Allowance in figures (1)
[1] 01210 Building Permit
$ 17,500
[2] 01210 Permanent Electrical Service
$ 20,000
[3] 01210 Permanent Telephone Service
$ 10,000
[4] 01210 Permanent Gas Service
$ 5,000
[5] 01210 Automated Surface Observing System (ASOS) $ 250,000
[6] 01210 Negotiated Maintenance Contract on ASO S $ 75,000
[7] 01210 Jacobs Technology Gap Analysis and Tec hnology Systems Design $ 750,000
TOTAL CASH ALLOWANCES
Ellington Airport ATCT and Utility Building
WBS No. 1.3.1.3
BID FORM
PART B
E. ALTERNATES TABLE:
Item No.
Spec Ref.
Alternate Short Title Unit of
Measure Estimated Quantity
Unit Price (this column
controls)
Total Price for Alternate
in figures
[1]
N/A
TOTAL ALTERNATES
$
REST OF PAGE INTENTIONALLY LEFT BLANK
00410B-4 Bidder’s Initials [ ] 07-01-2015
Ellington Airport ATCT and Utility Building
WBS No. 1.3.1.3
BID FORM
PART B
F. TOTAL BID PRICE: $ (Add Totals for Items A., B., C., D., and E. above)
2.0 SIGNATURES: By signing this Document, I agree that I have received and reviewed all Addenda and considered all costs associated with the Addenda in calculating the Total Bid Price.
Bidder:
(Print or type full name of your proprietorship, partnership, corporation, or joint venture.*)
**By: Signature Date
Name: (Print or type name) Title
Address: (Mailing)
(Street, if different)
Telephone and Fax Number: (Print or type numbers)
* If Bid is a joint venture, add additional Bid Form signature sheets for each member of the joint venture.
** Bidder certifies that the only person or parties interested in this offer as principals
are those named above. Bidder has not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding.
Note: This document constitutes a government record, as defined by § 37.01 of the Texas
Penal Code. Submission of a false government record is punishable as provided in § 37.10 of the Texas Penal Code.
Footnotes for Tables B through E: (1) Fixed Unit Price determined prior to Bid. Cannot be adjusted by the Bidder.
(2) Minimum Bid Price determined prior to Bid. Can be increased by the Bidder, but not decreased, by crossing out the Minimum and inserting revised price on the line above. Cannot be decreased by the Bidder.
(3) Maximum Bid Price determined prior to Bid. Can be decreased by the Bidder, but not increased, by crossing out the Maximum and inserting revised price on the line above. A Bid that increases the Maximum Bid Price may be found non-conforming and non-responsive. Cannot be increased by the Bidder.
(4) Fixed Range Bid Price determined prior to Bid. Unit Price can be adjusted by Bidder to any amount within the range defined by crossing out prices noted and noting revised price on the line above.
00410B-5 07-01-2015
Ellington Airport ATCT and Utility Building
WBS No. 1.3.1.3
BID FORM
PART B
Ellington Airport ATCT and Utility Building Project No. 629 BIDDER’S BOND
Document 00430
THAT WE,
BIDDER'S BOND
(Bidder)
, as Principal,
(“Bidder”), and the other subscriber hereto, , as Surety, do hereby acknowledge ourselves to be held and firmly bound to the City of Houston, a municipal corporation, in the sum of Dollars ($ ) (an amount
equal to 10 percent of the Total Bid Price, including Cash Allowances and Alternates, if any, for the payment of which sum, well and truly to be made to the City of Houston and its successors, the Bidder and Surety do bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT:
WHEREAS, the Bidder has submitted on or about this day a proposal offering to perform the following:
(Project Name, Location and Number)
in accordance with the Drawings, Specifications, and terms and conditions related thereto to which reference is hereby made.
NOW, THEREFORE, if the Bidder's offer as stated in the Document 00410 – Bid Form is accepted by the
City, and the Bidder executes and returns to the City Document 00520 – Agreement, required by the City, on the forms prepared by the City, for the Work and also executes and returns the same number of the Performance, Payment and Maintenance Bonds (such bonds to be executed by a Corporate Surety authorized by the State Board of Insurance to conduct insurance business in the State of Texas, and having an underwriting limitation in at least the amount of the bond) and other submittals as required by Document 00495 - Post-Bid Procedures, in connection with the Work, within the Contract Time, then this obligation shall become null and void; otherwise it is to remain in full force and effect.
If Bidder is unable to or fails to perform the obligations undertaken herein, the undersigned Bidder and Surety shall be liable to the City for the full amount of this obligation which is hereby acknowledged as the amount of damages which will be suffered by the City on account of the failure of such Bidder to perform such obligations, the actual amount of such damages being difficult to ascertain.
Notices required or permitted hereunder shall be in writing and shall be deemed delivered when actually
received or, if earlier, on the third day following deposit in a United States Postal Service post office or receptacle, with proper postage affixed (certified mail, return receipt requested), addressed to the respective other Party at the address prescribed in the Contract documents, or at such other address as the receiving Party may hereafter prescribe by written notice to the sending Party.
IN WITNESS THEREOF, the Bidder and Surety have signed and sealed this instrument on the respective
dates written below their signatures and have attached current Power of Attorney.
ATTEST, SEAL: (if a corporation) WITNESS: (if not a corporation) (Name of Bidder)
By: ____________________________ By: Name: Name: Title: Title:
Date: ATTEST/SURETY WITNESS: (SEAL)
(Full Name of Surety)
(Address of Surety for Notice)
(Telephone Number of Surety)
By: ___________________________ By: Name: Name:
Title: Title: Date: Date:
END OF DOCUMENT
00430-1 02-01-2004
Ellington Airport ATCT and Utility Building BIDDER’S STATEMENT Project No. 629 OF MBE/WBE/PDBE/DBE/SBE STATUS
Document 00450
BIDDER'S STATEMENT OF MBE/WBE/PDBE/DBE/SBE STATUS
This certifies that the status of the Bidder, , in (Bidder's Name)
regard to the City of Houston Code of Ordinances, Chapter 15, Article V, relating to City-wide percentage goals for contracting with Minority and Women-owned Business Enterprises (MWBE) and Disadvantaged Business Enterprises (DBE), Chapter 15, Article VI, relating to City-wide percentage goals for contracting with Persons with Disabilities Business Enterprises (PDBE) and Chapter 15, Article IX, relating to City- wide percentage goals for contracting with a Small Business Enterprise (SBE) is as follows:
1. Bidder (individual, partnership, corporation) is [ ] is not [ ] a Minority
Business Enterprise as certified by the Affirmative Action and Contract Compliance Division.
2. Bidder (individual, partnership, corporation) is [ ] is not [ ] a Women-owned
Business Enterprise as certified by the Affirmative Action and Contract Compliance Division.
3. Bidder (individual, partnership, corporation) does [ ] does not [ ] declare
itself to be a Persons with Disabilities Business Enterprise as defined above.
4. Bidder (individual, partnership, corporation) does [ ] does not [ ] declare itself to be a Disadvantaged Business Enterprise as defined above.
5. Bidder (individual, partnership, corporation) does [ ] does not [ ] declare
itself to be a Small Business Enterprise as defined above.
Signature:
Title:
Date:
END OF DOCUMENT
00450-1
03-13-2007
Ellington Airport ATCT and Utility Building CONTRACTOR SUBMISSION LIST Project No. 629 FAIR CAMPAIGN ORDINANCE
Document 00452 Form A
CONTRACTOR SUBMISSION LIST CITY OF HOUSTON FAIR CAMPAIGN ORDINANCE
The City of Houston Fair Campaign Ordinance makes it unlawful for a Contractor to offer any contribution to a candidate for City elective office (including elected officers- elect) during a certain period of time prior to and following the award of the Contract by the City Council. The term “Contractor” includes proprietors of proprietorships, partners or joint venturers having an equity interest of 10 percent or more for the partnership or joint venture, and officers, directors and holders of 10 percent or more of the outstanding shares of corporations. Submission of a statement disclosing the names and business addresses of each of those persons is required with each Bid/Proposal for a City Contract. See Chapter 18 of the City of Houston Code of Ordinances for further information.
This list is submitted under the provisions of Section 18-36(b) of the City of Houston Code of Ordinances in connection with the attached Bid/Proposal of:
Firm or Company Name:
Firm or Company Address:
The firm/company is organized as indicated below. Check one as applicable and attach additional pages if needed to supply the required names and addresses.
[ ] SOLE PROPRIETOR
Name
Proprietor Address
[ ] A PARTNERSHIP
LIST EACH PARTNER HAVING EQUITY INTEREST OF 10% OR MORE OF PARTNERSHIP (IF NONE STATE “NONE”)
Name
Partner Address
Name Partner Address
[ ] A CORPORATION
LIST ALL DIRECTORS OF THE CORPORATION (IF NONE STATE “NONE”)
Name Director Address
00452-1 04-30-2004
Ellington Airport ATCT and Utility Building CONTRACTOR SUBMISSION LIST Project No. 629 FAIR CAMPAIGN ORDINANCE
Name Director Address
Name Director Address
LIST ALL OFFICERS OF THE CORPORATION (IF NONE STATE “NONE”)
Name Officer Address
Name Officer Address
Name Officer Address
LIST ALL INDIVIDUALS OWNING 10% OR MORE OF OUTSTANDING SHARES OF STOCK OF THE CORPORATION (IF NONE STATE “NONE”)
Name
Owner Address
Name Owner Address
Name Owner Address
I certify that I am duly authorized to submit this list on behalf of the firm, that I am associated with the firm in the capacity noted below, and that I have knowledge of the accuracy of the information provided herein.
Signature
Printed Name
Title
Note: This list constitutes a government record as defined by § 37.01 of the Texas Penal Code.
END OF DOCUMENT
00452-2
04-30-2004
Ellington Airport ATCT and Utility Building Project No. 629 AFFIDAVIT OF NON-INTEREST
Document 00454
AFFIDAVIT OF NON-INTEREST
BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on
this day personally appeared , who Affiant
being by me duly sworn on his oath stated that he is ,of Title
, Name of Firm
the firm named and referred to and in the foregoing; and that he knows of no officer,
agent, or employee of the City of Houston being in any manner interested either directly
or indirectly in such Contract.
Affiant's Signature
SWORN AND SUBSCRIBED before me on . Date
Notary Public in and for the State of TEXAS
Print or type name
My Commission Expires: Expiration Date
END OF DOCUMENT
00454-1
02-01-2004
Ellington Airport ATCT and Utility Building AFFIDAVIT OF Project No. 629 OWNERSHIP OR CONTROL
Document 00455
AFFIDAVIT OF OWNERSHIP OR CONTROL
ORIG. DEPT.: _ FILE/I.D. NO.: _
INSTRUCTION: ENTITIES USING AN ASSUMED NAME SHOULD DISCLOSE SUCH FACT TO AVOID REJECTION OF THE AFFIDAVIT. THE FOLLOWING FORMAT IS RECOMMENDED: CORPORATE/LEGAL NAME DBA ASSUMED NAME.
STATE OF
COUNTY OF
§
§ AFFIDAVIT OF OWNERSHIP OR CONTROL
§
BEFORE ME, the undersigned authority, on this day personally appeared
_ _ [FULL NAME] (hereafter “Affiant”),
_ _ [STATE TITLE/CAPACITY WITH CONTRACTING ENTITY] of
_ _ [CONTRACTING ENTITY’S
CORPORATE/LEGAL NAME] (”Contracting Entity”), who being by me duly sworn on oath stated as follows:
stated.
1. Affiant is authorized to give this affidavit and has personal knowledge of the facts and matters herein
2. Contracting Entity seeks to do business with the City in connection with _ _ _ [DESCRIBE PROJECT OR MATTER] which is expected to be in an amount that exceeds $50,000.
3. The following information is submitted in connection with the proposal, submission or bid of
Contracting Entity in connection with the above described project or matter.
4. Contracting Entity is organized as a business entity as noted below (check box as applicable).
FOR PROFIT ENTITY: NON-PROFIT ENTITY:
[ ] SOLE PROPRIETORSHIP [ ] NON-PROFIT CORPORATION [ ] CORPORATION [ ] UNINCORPORATED ASSOCIATION [ ] PARTNERSHIP [ ] LIMITED PARTNERSHIP [ ] JOINT VENTURE [ ] LIMITED LIABILITY COMPANY [ ] OTHER (Specify type in space below)
_ _ _
_ _ _
_ _ _
00455-1 09-11-2007
5. The information shown below is true and correct for the Contracting Entity and all owners of 5% or more of the Contracting Entity and, where the Contracting Entity is a non-profit entity, the required information has been shown for each officer, i.e., president, vice-president, secretary, treasurer, etc. [NOTE: IN ALL CASES, USE FULL NAMES, LOCAL BUSINESS AND RESIDENCE ADDRESSES AND TELEPHONE NUMBERS. DO NOT USE POST OFFICE BOXES FOR ANY ADDRESS. INCLUSION OF E-MAIL ADDRESSES IS OPTIONAL, BUT RECOMMENDED. ATTACH ADDITIONAL SHEETS AS NEEDED.]
Contracting Entity
Name: _ _ Business
Address [NO./STREET] _
[CITY/STATE/ZIP CODE] _
Telephone Number ( _)
Email Address [OPTIONAL] _
Residence Address [NO./STREET] _
[CITY/STATE/ZIP CODE] _
Telephone Number ( _)
Email Address [OPTIONAL] _
5% Owner(s) or More (IF NONE, STATE “NONE.”)
Name: _ _
Business Address [NO./STREET] _
[CITY/STATE/ZIP CODE] _
Telephone Number ( _)
Email Address [OPTIONAL] _
Residence Address [NO./STREET] _ [CITY/STATE/ZIP CODE] _
Telephone Number ( _)
Email Address [OPTIONAL] _
2 K:\DEBT\RDC2353A
6. Optional Information
Contracting Entity and/or _ _ [NAME OF OWNER OR NON-
PROFIT OFFICER] is actively protesting, challenging or appealing the accuracy and/or amount of taxes levied against _ [CONTRACTING ENTITY, OWNER OR NON-PROFIT OFFICER] as follows:
Name of Debtor:
Tax Account Nos.
Case or File Nos.
_
_
_
Attorney/Agent Name _
Attorney/Agent Phone No. ( _)
Tax Years _
Status of Appeal [DESCRIBE] _ _
Affiant certifies that he or she is duly authorized to submit the above information on behalf of the Contracting Entity, that Affiant is associated with the Contracting Entity in the capacity noted above and has personal knowledge of the accuracy of the information provided herein, and that the information provided herein is true and correct to the best of Affiant’s knowledge and belief.
_ Affiant
SWORN TO AND SUBSCRIBED before me this day of _, 20 .
(Seal)
NOTE:
_ Notary Public
This affidavit constitutes a government record as defined by Section 37.01 of the Texas Penal Code. Submission of a false government record is punishable as provided in Section 37.10 of the Texas Penal Code. Attach additional pages if needed to supply the required names and addresses.
2
Ellington Airport ATCT BIDDER'S CERTIFICATION OF COMPLIANCE and Utility Building WITH BUY AMERICAN PROGRAM Project No. 629 __________________________________________
Document 00456
BIDDER'S CERTIFICATION OF COMPLIANCE WITH BUY AMERICAN PROGRAM
(AVIATION SAFETY AND CAPACITY EXPANSION ACT OF 1990)
By submitting a bid, except for those items listed by Bidder below or on additional copies of this page, attached to this page, Bidder certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. In case of conflicts with corresponding provisions of other Bidding Documents, Buy American Program provisions govern.
Bidders may obtain from the City a list of products excepted from this provision. Use additi